SOLICITATION NOTICE
80 -- FILM ADHESIVE
- Notice Date
- 5/4/2005
- Notice Type
- Solicitation Notice
- NAICS
- 325520
— Adhesive Manufacturing
- Contracting Office
- NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812
- ZIP Code
- 35812
- Solicitation Number
- NNM05108590Q
- Response Due
- 5/13/2005
- Archive Date
- 5/4/2006
- Description
- This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotation (RFQ) for Film Adhesive as outlined below: 1. 1500 Sq. Ft. of Cytec FM 1000 Film Adhesive or equal. Must have a RT sandwich peel strength of 200 in-lb/3-inch width or greater per MIL-A-25463A or similar. Must have an areal weight no greater than .08 psf. 2. 500 Sq. Ft. of Cytec FM 300K Film Adhesive or equal. Must have a RT sandwich peel strength of 40 in-lb/3-inch width or greater per MIL-A-25463A or similar. Must have an areal weight no greater than .08 psf. 3. 1,500 Sq. Ft. of Cytec FM 355 Film Adhesive or equal. Must have a RT sandwich peel strength of 30 in-lb/3-inch width or greater per MIL-A-25463A or similar. Must have an areal weight no greater than .08 psf. The provisions and clauses in the RFQ are those in effect through FAC 05-03. The NAICS Code and the small business size standard for this procurement are 325520, 500 employees, respectively. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery to MSFC, AL is required within 90 days ARO or better. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9. Offers for the items(s) described above are due by 4:30 on May 13, 2005, and must be mailed or faxed to Kathy Blevins, PS22-MCG, George C. Marshall Space Flight Center, MSFC, AL 35812; or Fax (256) 544-5861; and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2005), Instructions to Offerors-Commercial, which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.211-6. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (OCT 2003), Contract Terms and Conditions-Commercial Items is applicable. Addenda to FAR 52.212-4 are as follows: 52.204-7; 52.211-15; and 52.247-34. FAR 52.212-5 (JAN 2005), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.225-13; and 52.232-33. The FAR may be obtained via the Internet at URL: http://www.arnet.gov/far/ The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Additional Clauses applicable to this acquisition include NFS 1852.215-84 Ombudsman; NFS 1852.223-72 Health and Safety (Short Form); MSFC 52.246-90 Warranted Items; and MSFC 52.232-90 Discounts for Prompt Payment. All contractual and technical questions must be in writing (e-mail or fax) to Kathy Blevins, Kathy.L.Blevins@nasa.gov , (256) 544-5861, not later than May 9, 2005. Telephone questions will not be accepted. Selection and award will be made on an aggregate basis to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc . These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=62#115219)
- Record
- SN00801098-W 20050506/050504212517 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |